Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOLICITATION NOTICE

81 -- 81--SHIPPING AND STORAG

Notice Date
6/28/2024 3:24:29 AM
 
Notice Type
Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324QC280
 
Response Due
7/10/2024 1:30:00 PM
 
Archive Date
07/25/2024
 
Point of Contact
Telephone: 2156976549
 
E-Mail Address
KATLYN.GALETTO@NAVY.MIL
(KATLYN.GALETTO@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N792.11|T2T|215-697-5409|katlyn.m.galetto.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|MIL-I-45208||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) Type|Source|TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332439|500|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1C| The purchase of this Amendment is to remove Clause: 1. WSSTERMHZ07 HZ07LN GOVERNMENT SOURCE APPROVAL REQUIRED PRIOR TO AWARD. 2. Offer due date is 10 JUL 24. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time,price, past performance and capacity. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date. The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are consideredto be issued by the Government when copies are either deposited in the mail, trtransmitted by facsimile, or sent by other electronic commerce methods, such ase-mail. The Governments acceptance of the contractors proposal constitutes bilalateral agreement to issue contractual documents as detailed herein. \ This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date. The offeror shall submit one unit price per CLIN. Tiered pricing will not be accepted or evaluated. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are consideredto be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such ase-mail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue contractual documents as detailed herein. For information or questions regarding this notice, please contact KatlynGaletto at the email address: katlyn.m.galetto.civ@us.navy.mil. \ 1. SCOPE 1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 Container shell material is ;PLASTIC; . 1.3 Manufacturing process is ;MOLDED AND FABRICATION; . 1.4 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;Buyer on Page One; or code N241.10 1.5 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Aviation Supply Office; drawing number ( ;80132; ) ;13414-038; , Revision ;Q; and all details and specifications referenced therein. 1.6 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.7 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Reference to Cadmium plating shall be deleted and the following substituted: ""Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3."" 3.2 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment. Contact code ;Buyer on page one; or code N241.10 to arrange for First Article Test location When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11"" X 17""), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First Article. All containers must be affixed with a nameplate that includes a Unique Identification (UID) marking as referenced in the drawing package Drawing ;(80132) 13414-038; and IAW Mil-STD-130 latest revision. The contractor shall contact NAVICP code ;Buyer on Page One; or code 0771.10 for the alphanumeric sequential serial number group that makes up part of the UID. The UIDwill be included on the nameplate in data matrix format. For FMS container buys nameplate ""Property of"" statement will Differ. Contact buyer on page 1 of the contract for updated nameplate information. 4. QUALITY ASSURANCE Production inspection shall be performed in accordance with specification (80132)13414 revision Q, Paragraphs 11.4, 11.4.1, 11.4.2 & 11.4.3. 4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.1.1 Dimensional test (special) ;applies; 4.1.2 Requirements of: ;applies; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies; 4.1.5 Function ;applies; 4.1.6 Compliance with drawing ( ;80132; ) ;13414-038; , Revision ;Q; and specifications referenced therein. 4.2 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements. 4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing. 4.4 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;12000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.5 Disposition of FAT samples 4.5.1 ;zero; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;All; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. ;N/A; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.6 Test Sample Coating Instructions 4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers. 4.7 FAT Approval Criteria 4.7.1 FAR 52.209-4 applies (A) The contractors shall deliver ;one (1); ; unit(s) of the following CAGE ( ;(80132); ; ) Part Number ;13414-038; ; , Revision ;Q; ; within ;120; ; calendar days from the date of this contract to the Government at ;Please contact buyer on page one of the contract; ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: ""FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________"" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: ""DO NOT OPEN IN MAIL ROOM"". Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;120; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract (F) Unless otherwise provided in the contract, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 4.8 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on Waiver of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date of Contract:__________ All costs and responsibilities related to the first article test submision, container shipment to and from the first article test facility are to be borne by the contractor. 4.9 100% PRODUCTION LEAK TEST. Each container shall be prepared for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. Each container, uninstrumented and without dummy load, shall then be subjected to a single 18 inch flat drop. The Pneumatic-Pressure Technique of Method 5008 of Federal Test Method Standard No. 101C shall be used to detect leakage. An initial setting equal to 0.5 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure over a 30 minute period that exceeds 25% of the stabilized pressure shall be cause for rejection; tests shall be conducted to ascertain sources of leaks and corrective action taken. Any deformation of the container shell while pressurized which is greater than three-quarters of an inch beyond its point at ambient pressure shall also be cause for rejection. WARNING Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel. 100% Production Leak Tests. Each container shall be prepared for testing by sealing all breathing devices and inserting pressurizing fittings and gauges. The container shall be closed and sealed in a normal manner. The Pneumatic - Pressure Technique of Method 5009 of Federal Test Method Standard NO. 101C shall be used to detect leakage. An initial pressure setting equal to 0.50 + 0.01 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric pressure) shall be cause for rejection. Any deformation of the container shell, while pressurized, which is greater than three quarters of an inch beyond its point at ambient pressure shall also be cause for rejection. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/adabffe73af641429191ad846021eec5/view)
 
Record
SN07112678-F 20240630/240628230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.